HomeMy WebLinkAboutFred Kolkmann Tennis & Sports Surfaces, LLC 2011 AGREEMENT
THIS AGREEMENT, made on the I fday of March 2011, by and between the CITY
OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and FRED
KOLKMANN TENNIS & SPORTS SURFACES LLC, 1921 Mayfair Road, Grafton, WI
53024, hereinafter referred to as the CONSULTANT,
WITNESSETH:
That the City and the Contractor /Consultant, for the consideration hereinafter
named, enter into the following agreement. The Contractor /Consultant's proposal is
attached hereto and reflects the agreement of the parties except where it conflicts with this
agreement, in which case this agreement shall prevail.
ARTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The Consultant shall assign the following
individual to manage the project described in this contract:
Fred Kolkmann, President
B. Changes in Project Manager. The City shall have the right to approve or
disapprove of any proposed change from the individual named above as Project Manager.
The City shall be provided with a resume or other information for any proposed substitute
and shall be given the opportunity to interview that person prior to any proposed change.
ARTICLE II. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract:
Chad Dallman, Parks Operations Manager
ARTICLE III. SCOPE OF WORK
The Consultant shall provide the services described in the City's Request for
Proposals and Proposal of the Consultant. If anything in the Proposal conflicts with the
Request for Proposals, the provisions in the Request for Proposals shall govern.
The Consultant may provide additional products and /or services if such
products /services are requested in writing by the Authorized Representative of the City.
1
All reports, drawings, specifications, computer files, field data, notes and other documents
and instruments prepared by the Consultant as instruments of service shall remain the
property of the City.
ARTICLE IV. CITY RESPONSIBLITIES
The City shall furnish, at the Consultant's request, such information as is needed by
the Consultant to aid in the progress of the project, providing it is reasonably obtainable
from City records.
To prevent any unreasonable delay in the Consultant's work the City will examine all
reports and other documents and will make any authorizations necessary to proceed with
work within a reasonable time period.
ARTICLE V. TIME OF COMPLETION
The work to be performed under this contract shall be commenced and the work
completed within the time limits specified in the Consultant's proposal.
The Consultant shall perform the services under this agreement with reasonable
diligence and expediency consistent with sound professional practices. The City agrees
that the Consultant is not responsible for damages arising directly or indirectly from any
delays for causes beyond the Consultant's control. For the purposes of this agreement,
such causes include, but are not limited to, strikes or other labor disputes; severe weather
disruptions or other natural disasters, failure of performance by the City, or discovery of
any hazardous substances or differing site conditions. If the delays resulting from any such
causes increase the time required by the Consultant to perform its services in an orderly
and efficient manner, the Consultant shall be entitled to an equitable adjustment in
schedule.
ARTICLE VI. PAYMENT
A. The Contract Sum. The City shall pay to the Consultant for the performance of
the contract the total sum of $5,500.00, adjusted by any changes hereafter mutually
agreed upon in writing by the parties hereto.
B. Method of Payment. The Consultant shall submit itemized monthly statements
for services. The City shall pay the Consultant within 30 calendar days after receipt of
such statement. If any statement amount is disputed, the City may withhold payment of
such amount and shall provide to Consultant a statement as to the reason(s) for
withholding payment.
C. Additional Costs. Costs for additional services shall be negotiated and set forth
in a written amendment to this agreement executed by both parties prior to proceeding with
the work covered under the subject amendment.
2
ARTICLE VII. CONSULTANT TO HOLD CITY HARMLESS
The Consultant covenants and agrees to protect and hold the City of Oshkosh
harmless against all actions, claims and demands of any kind or character whatsoever
which may in any way be caused by or result from the intentional or negligent acts of the
Consultant, his agents or assigns, his employees or his subcontractors related however
remotely to the performance of this Contract or be caused or result from any violation of
any law or administrative regulation, and shall indemnify or refund to the City all sums
including court costs, attorney fees and punitive damages which the City may be obliged or
adjudged to pay on any such claims or demands within thirty (30) days of the date of the
City's written demand for indemnification or refund.
ARTICLE VIII. INSURANCE
The Consultant agrees to abide by the attached City of Oshkosh Insurance
Requirements.
ARTICLE IX. TERMINATION
A. For Cause. If the Consultant shall fail to fulfill in timely and proper manner any of
the obligations under this Agreement, the City shall have the right to terminate this
Agreement by written notice to the Consultant. In this event, the Consultant shall be
entitled to compensation for any satisfactory, usable work completed.
B. For Convenience. The City may terminate this contract at any time by giving
written notice to the Consultant no later than 10 calendar days before the termination date.
If the City terminates under this paragraph, then the Consultant shall be entitled to
compensation for any satisfactory work performed to the date of termination.
This document and any specified attachments contain all terms and conditions of
the Agreement and any alteration thereto shall be invalid unless made in writing, signed by
both parties and incorporated as an amendment to this Agreement.
3
In the Presence of: FRED KOLKMANN TENNIS & SPORTS
SURFACES LLC
jap&i/c-C )04"/AAMAt\- By: B �.�� - , -__.__
v
P - r
(Seal of Consultant (Specify Title)
if a Corporation.)
By:
(Specify Title)
CITY OF OSHKOSH
� v
l=1 ,4-- 1444, t Mark A. Rohloff, City Manager
(l/gitness)
(ik (1. And: . _ ■ _ _
L (, tness) Pamela R. Ubrig, City Cler
APPROVED: I hereby certify that the necessary provisions
\ have been made to pay the liability which will
accrue under this contract.
-,r‘,. II - 4k (A-6\--_____
City Attom- 1 i rgelz,43
i(?. Ci / _ 'mptroller
4
Fred Kolkmann Tennis & Sport Surfaces, LLC
1921 Mayfair Road /
Grafton, WI 53024 / SPORTS BUILDERS
Ph. 262.685.7507 MEMBER /ASSOCIATION
ASSOCIATION
courtbuilder @ameritech.net
www.kolkmanncourtbuilder.com
March 1, 2011
Mr. Chad Dallman
Park Operations Manager
City of Oshkosh
805 Witzel Avenue
Oshkosh, WI 54903
Dear Mr. Dallman,
In accordance with our September 29th, 2010 meeting and our February 28 2011 phone conversation,
am pleased to submit the following proposal to create plans, specifications, and provide inspection
services for the reconstruction of the tennis courts at 44 Parallel Park.
PROJECT DESCRIPTION
This project involves pulverizing the existing asphalt, removal of net posts, paving of the new courts,
landscape restoration, color coating, setting of new net posts and fences.
SCOPE OF SERVICES
We will provide all plans and specifications as necessary for contractors to provide a bid on the project.
Our specifications will include detailed descriptions of all necessary materials and processes required.
Once a bid has been accepted by the park district, we will provide inspection services during the
construction process, and final close out of the project. Our price includes pre -bid and pre -con meetings.
SCHEDULE
Schedule of work to be determined.
INSURANCE
We will maintain insurance for a $1,000,000 professional liability policy.
FEES
For the plans and specifications, we propose to perform the work described herein for a fee of Two
Thousand Five hundred dollars and 00/100 ($2,500.00) in accordance with our Standard Terms and
Conditions. Fees do not cover any soil borings or survey work that the City of Oshkosh may deem
necessary.
For the Inspection services we propose to perform the work described herein for a fee of Three thousand
dollars and 00/100 ($3,000.00) in accordance with our Standard Terms and Conditions.
If the services covered by this agreement have not been completed within 12 months of the date of
beginning work through no fault of ours, the amounts of compensation, rates and multiples set herein shall
be adjusted.
Our terms and conditions apply to this contract and are attached. This proposal is good for 90 days.
This contract shall be governed by the laws of the State of Wisconsin.
An agreement with Fred Kolkmann Tennis & Sport Surfaces, LLC, may be initiated by completion of the
acceptance block and return one copy of the proposal to our office.
Sincerely, We accept the term of this Proposal
Fred Kolkmann Tennis & Sport Surfaces, LLC. Signature
Name (Print)
Title Date
Fred Kolkmann, CTCB
President "'�. ► cc
FRED KOLKMANN TENNIS & SPORT SURFACES, LLC.
Terms and Conditions
1. Invoicing and payments: Invoices shall be rendered monthly on all projects. Payment is due
within 30 days of invoice unless other terms are specified in the body of the contract. If payments are not
received in a timely manner per the payment schedule, Fred Kolkmann Tennis & Sport Surfaces, LLC,
reserves the right to file a Mechanics' Lien against the property. Any invoice unpaid after 60 days from the
invoice date, may cause Fred Kolkmann Tennis & Sport Surfaces, LLC to withdraw permanently from any
and all future activity on the project, and all other projects.
2. Interest and Unpaid Balance Due: If any amount is not paid by Client when due, the unpaid
balance shall accrue interest at annual effective rate of 18 %.
3. Attorney Fees and Collection Costs: In the event it becomes necessary for Fred Kolkmann
Tennis & Sport Surfaces, LLC, to refer unpaid balances to an attorney or collection agency, then in
addition to the amount owed Fred Kolkmann Tennis & Sport Surfaces, LLC will be entitled to recover all
reasonable cost of collection and fees incurred.
4. Document Ownership: All original calculations, sketches and construction document drawings
shall remain the property of Fred Kolkmann Tennis & Sport Surfaces, LLC.
��..., OP ID: PB
A`C:PR °b CERTIFICATE OF L INSURANCE DAT /1 9 / D/YYYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 414 - 483 - 0220 CONTACT Patti Blaschke
4260 S. Howell Ave ce Services, 414 - 483 -4330 Pa "N , E,d) : 414. 483 - 0220 FAX No): 4144834330
Milwaukee, WI 53207 ADORRESS: pattib@veitenhaus.corn
Patti Blaschke PRODUCER FREDK01
CUSTOMER ID #. .,, ... -_—
INSURER(S) AFFORDING COVERAGE NAIC #
INSURED Fred Kolkmann Tennis & Sport INSURER A :Maxum Indemnity Company
Fred Kolkmann INSURER B : Landmark American Insurance Co
1921 Mayfair Rd. ntsuRER :West Bend Mutual Ins. Co. 15350
Grafton, WI 53024
INSURER D :
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE JNSR wvo POLICY NUMBER (MMI�DD //YYYY (MMIODIYYYY) LIMITS
LTR JNSR WVD
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
B X COMMERCIAL GENERAL LIABILITY X LBA08398300 04/14/11 04/14112 DAMAGE TO RENTED 100,000
PREMISES (Ea occurrence) $
CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000
PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000
— 1 POLICY X !TPA: LOC $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea accident)
ANY AUTO BODILY INJURY (Per person) $
ALL OWNED AUTOS BODILY INJURY (Per accident) $
SCHEDULED AUTOS PROPERTY DAMAGE
HIRED AUTOS (Per accident) $
NON -OWNED AUTOS $
$
UMBRELLA UAB OCCUR EACH OCCURRENCE $
EXCESS LIAB CLAIMS -MADE AGGREGATE $
DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION WC STA`TU- OTN-
AND EMPLOYERS' LIABILITY X TORY LIMITS ER
Y /N
C ANY PROPRIETOR/PARTNER/EXECUTIVE ZZZ1396610 -00 11/10/10 11/10/11 E.L. EACH ACCIDENT $ 100,000
OFFICER /MEMBER EXCLUDED? N N / A
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 100,000
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000
A Professional Liab PFP8015338 - 01 04/14/11 04/14/12 Each 1,000,000
Agg 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
City of Oshkosh, and its officers, council members, agents, employees and
authorized volunteers are additional insured as it relates to the General
Liability (CG 2037)
CERTIFICATE HOLDER CANCELLATION
OSHKO01
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Oshkosh THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City Clerk ACCORDANCE WITH THE POLICY PROVISIONS,
215 Church Avenue
Oshkosh, WI 54901 AUTHORIZED REPRESENTATIVE
1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD